|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1996 PSA#1578HQ Space and Missile Systems Center (AFMC) SMC/CZK, 2435 Vela Way,
Suite 1613, Los Angeles AFB, CA 90245-5500 A -- GPS SYSTEM LEVEL ARCHITECTURE SOL PRDA 96-34 DUE 060696 POC
Technical Contact Point: Major Norah Hill, (310)363-5671; Contracting
Officer: Ms. C. C. Coleman, (310)363-6360. 17. A-INTRODUCTION: HQ Space
and Missile Systems Center (SMC) is interested in receiving proposals
(technical/management and cost) on the research effort described below
for the Navigation Warfare Program (NAVWAR). Due to FAR character
restrictions, this solicitation is separated into two (2) parts, with
this being Part 1 of 2 (see Part 2 for Sections D, E, and F of this
solicitation). Proposals in response to this PRDA shall be submitted by
6 Jun 96, 1500 hours Pacific Daylight Time (PDT), addressed to HQ
SMC/CZK, 2435 Vela Way, Suite 1613, Los Angeles AFB, CA 90245-5500,
Attn: Capt Julie Wittkoff. The Government reserves the right to amend
this PRDA to allow for subsequent proposal submission dates. Proposals
submitted shall be in accordance with this announcement. Proposals
submitted after the cutoff date specified herein shall be treated in
accordance with restrictions of FAR 52.215-10, Late Submissions,
Modifications, and Withdrawals of Proposals (a copy may be obtained
from the contracting point of contact). This notice constitutes the
actual solicitation for this requirement. A formal Request for Proposal
(RFP) will not be issued. If Offerors are unfamiliar with the PRDA
policy and procedures for the solicitation, receipt, evaluation, and
selection for award(s) of proposals, a copy of the AFMC FAR Sup 5335.90
may be obtained from the contracting point of contact below. B-
REQUIREMENTS: (1) Technical Description: The purpose of this Evaluation
Study is to develop a systems-level solution that will protect the
Department of Defense (DoD) and U.S. Allies operational use of GPS
during times of conflict, while preventing use of GPS by adversaries
with minimal impact on civil use outside of the area of conflict. The
objectives of the program will be met when (A) the contractor conducts
trade studies and analyses to support the government requirements
generation process, (B) the government is provided sufficient insight
into various technology trade-offs and architecture implications
necessary to allow the government to determine realistic requirements
and ensure a successful strategy for NAVWAR development and fielding
within cost and schedule constraints and, (C) the contractor recommends
an architecture which best meets their understanding of the
government's requirements and documents a detailed rationale for that
recommendation. The minimum activities which the contractor must
conduct include (a) Trade Studies and Analyses. Begin by analyzing the
Government-furnished concept description and white paper (scope,
constraints, considerations) to identify trades, alternatives,
additional constraints and provide the results of the analysis and
resulting trades at the first NAVWAR Evaluation Team (NET) and
Technical Interchange Meeting (TIM). Additional trades/alternatives
will be assigned as a result of government/contractor interaction. Each
trade must consider life-cycle cost (LCC), schedule, risk, technical
performance, supportability, testability, producibility, and any
environmental issues, as a minimum. (b) Establish and maintain a
Decision Database (reference: AFMCP 800-62). This database is a
repository of technical information, decisions, and rationale that
describe the current state of system development and its evolution. It
should illustrate the architecture: intrasystem, intersystem, and item
interfaces, include techniques and procedural data for the life-cycle
concept of the system, provide data correlation and traceablility among
requirements, designs, solutions, decisions and rationale, provide data
for trade-offs and assessments of an items capability to satisfy
objectives, capture and organize all inputs as well as current, interim
and final outputs, document engineering decisions: procedures, methods,
results, analyses, function as a reference and support tool for the
system engineering effort, provide means for comprehensive change
control. (c) Support NET meetings: One or two contractor
representatives to attend bi- monthly (6) working sessions (for costing
purposes, assume three sessions on the West coast and three sessions on
the East coast) of the Government Requirements Panel to help ensure
requirements documents are not overly restrictive, provide
non-proprietary information regarding trade-offs, implications of
various parameter levels, etc. In addition, contractor representatives
shall review draft documents prior to meetings and accomplish action
items assigned as a result of the meetings. (d) Host quarterly (4)
Program Management Reviews (PMRs). Provide progress, expenditures,
changes in relation to the study plan and the SOW, provide Agenda and
Minutes of each meeting. (e) Host quarterly TIMs in conjunction with
PMRs until the Government Technical Performance Requirements Document
(TPRD) development begins (estimated Feb 97), monthly thereafter (5),
discuss details of trade studies and architecture concepts, provide
Agenda and Minutes of each meeting. (f) Identify/Assess System
Architecture Concepts: Identify architecture concepts which meet the
Government Operational Requirements Document(s) (ORDs) (when
available), provide LCC, schedule, performance, supportability,
producibility, testability, integration and risk assessment of each
concept. (g) Contractor representatives may be asked to interact with
other NET panels/members and will be expected to respond to follow-up
questions from government representatives during or after any NET
meeting or TIM. (h) At the completion of the study, provide a
recommended system architecture based upon the decision database and an
approach to the architectures implementation within the existing
architecture, constraints and infrastructure which demonstrates its
feasibility and identifies the risks (as a minimum, address logistics
(LCC, tech data, training), manufacturing (producibility, manufacturing
technology and industrial base needs), schedule, performance,
testability, and integration). (2) Deliverable Items: The following
deliverable data items shall be proposed: (a) Concept Description,
(DI-MISC- 80508), (b) Cost/Funds Status Report (CFSR) (DI-MGMT-81468)
and, (c) Decision Database Report (DI-MISC-80508). (3) Security
Requirements: Work performed under this contract may be classified up
to and including the SECRET level. Offerors must comply with Tempest
requirements for handling classified information on computer systems.
Offerors must also comply with security requirements in accordance with
the AFSPC Space and Control Security Classification Guide, the JPO User
Equipment Security Classification Guide, and the ASD NAVWAR Security
Classification Guidance. These documents will be available in the
Offerors Library. Offerors with other applicable security guidance are
encouraged to submit proposal/data at higher security classifications
with the concurrence of the agency sponsoring the classified
information being submitted. Notice to Foreign-Owned Firms: Foreign
contractors should be aware that the following restrictions apply which
will preclude their participation in this acquisition: The prime
contractor(s) shall be U.S. owned and controlled and on-shore.
Off-shore subcontractors are authorized for non-restricted portions of
the acquisition. C-ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: The total length of the technical effort is estimated to
be 12 months. The Contractor shall also provide for an additional month
for processing/completion of the Concept Description. (2) Expected
Award Date: 1 August 1996. (3) Government Estimate: The government
anticipates a range approximately between $1.75M and $3.75M per
contract award. The funding profile will be 35 percent for the first
three months, 25 percent for the next 3 months, 25 percent for the
following 3 months, and 15 percent for the final four months. (4) Type
of Contract: Cost-plus-fixed-fee (CPFF), completion-form, or
Cost-Sharing (if proposed by an Offeror). (5) Government-Furnished
Information (GFI): An Offerors library is available at Los Angeles AFB,
El Segundo, Building 120 (in the basement), Room 0315. An index of what
is available in the library and all unclassified information will also
be on the World Wide Web. The POC for the library and the World Wide
Web is Lt. Mike Morell (310) 363-2746. (6) Small Business Size Status:
For the purpose of this acquisition, the size standard is 1,000
employees (SIC 8731). (0109) Loren Data Corp. http://www.ld.com (SYN# 0002 19960419\A-0002.SOL)
A - Research and Development Index Page
|
|